Subject to FAR Clause 52.215-3, entitled, “Solicitation for Information and Planning Purposes,” this announcement constitutes a Sources Sought for information and planning purposes to identify qualified and experienced sources for an anticipated single award, Firm Fixed Price type contract for supplies and services for a Surface Ship Corrosion Mitigation Program under NAICS Code 325510 with a size standard of 1,000 employees. It is anticipated that the period of performance for this requirement will be a 12-month base period with one 12-month option period. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response.
Background: Commander, Naval Surface Force, Atlantic (CNSL) recognizes the need to improve the topside condition of ships by treating and preventing corrosion. Commander, Naval Surface Force, Pacific has already established a successful corrosion prevention training program with their fleet. CNSL intends to replicate that success by requesting contractor services to assess ship condition and train ships’ forces to identify and remediate areas of corrosion.
Scope: CNSL is look for materials and initial training IAW the Performance of Work Statement (PWS) to support.
The NAVSUP Fleet Logistics Center (FLC), Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive acquisition strategy for the support services detailed above and in the attached PWS. Responses to this Sources Sought request should reference “Surface Ship Corrosion Mitigation Program” and shall include the following information in this format:
1. Company name, address, point of contact name, phone number, fax number and email address.
2. GSA Schedule, Seaport-e Schedule, or any other DoD Contract Vehicle
3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, WOSB, SB, Veteran-owned, etc., in accordance with the NAICS Code.
4. Contractor and Government Entity (CAGE) Code.
5. Capability Statement detailing the contractor’s ability to provide supplies and training support services for the requirements specified in the PWS. Relevant past performance information on same/similar work within the last 5 years is recommended in response. Please include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought and detail how these contracts are similar in scope, complexity, and magnitude to this requirement.
6. Include any other supporting documentation.
Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed ten (10) typewritten pages in no less than 12-font. Also, indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor.
Responses to this Sources Sought request should be submitted via email address elysia.m.allen2.civ@us.navy.mil by the date listed in the notice. Again, this is not a request for proposals. This information is for planning and market research purposes only and will not be publicly released. Proprietary information should be clearly marked. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued.